SOLICITATION NOTICE
65 -- TOPCON CV-5000 PHOROPTER ACP A
- Notice Date
- 12/4/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423460
— Ophthalmic Goods Merchant Wholesalers
- Contracting Office
- European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
- ZIP Code
- 09180
- Solicitation Number
- W9114F10T0022
- Response Due
- 12/14/2009
- Archive Date
- 2/12/2010
- Point of Contact
- mcnearyd, 637-186-7086
- E-Mail Address
-
European Regional Contracting Office
(deloney.mcneary@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number: W9114F-10-T-0022 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 423460 (v) The Europe Regional Contracting Office has a requirement to purchase four (4) TOPCON CV-5000 Computerized Phoropter ACP A with 1 KB Dial controller. Description of the requirements for the items to be acquired: Line Item 0001: 4 each BRAND NAME OR EQUAL: TOPCON CV-5000 Phoropter. Includes two (2) Operator manuals per piece of equipment, Two (2) Service Manuals, Warranty, and door-to-door Shipping to U.S. Army Medical Facility located in Vicenza The contractor will provide the following: 1) Electrical requirements will be 220 Volt, 50 Hz 2) Two copies of the Operators Manuals in English 3) Two copies of the Maintenance Manuals in English 4) Display and control labels will be in English 5) Statement of warranty terms and conditions in English (vi) The place of delivery and acceptance will be U.S. Army Medical Facility located in Vicenza, Italy. All offerors must quote FOB Destination, U.S. Army Medical Facility located in Vicenza, Italy. The delivery date is April 28, 2010. Winning Vendor will contact the acceptor and verify the new shipping address before shipping the equipment. (vii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). (viii) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: 52.214-34 Submission Of Offers In The English Language APR 1991 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.212-7000 Offeror Representations and Certifications-Commercial Items JUN 2005 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jun 2009) (Deviation) FAR 52.225-17 Evaluation of Foreign Currency Offers (FEB 2000) DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are: DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Mar 2006) DFARS 252.229-7001 Tax Relief (JUNE 1997) DFARS 252.229-7003 TAX EXEMPTION (ITALY) (JAN 2002) (ix) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (x) Numbered Notes: None applicable. (xi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, please go to http://www.ccr.gov. (xii) All offers are due 9 December 2009 before 1600hrs (4:00pm) Central European Time. Offers may be sent via email to Deloney.McNeary2@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xiii) The Point of Contact for this requirement is Deloney McNeary, +49-6371-86-7058, fax +49-6371-86-8070, or email Deloney.McNeary2@amedd.army.mil. (xiv) The offeror must show compliance with the requirements in the solicitation by submitting a quote that shows the capability of providing Equal products. Equal products of the brand name manufacturer must meet the following equipment salient characteristics: Topcon CV-5000 Phoropter Subfactor 1: The equipment offered shall provide near chart illumination incorporated. Subfactor 2: The equipment offered shall have fast lens rotation and high speed lens selection. Subfactor 3: The equipment offered shall have an ergonomic one-dial controller. Subfactor 4: The equipment offered shall be equipped with a large color LCD touch screen display. Subfactor 5: The equipment offered shall have a small optical head. Subfactor 6: The equipment offered shall provide up to 5 user-defined refraction programs. Subfactor 7: The equipment offered shall provide near and far vision screening Subfactor 8: The equipment offered shall allow instrument inputs on a controller separate from the control head unit. Subfactor 9: The equipment offered shall have the following range of measurement: Sphere -27.00D to +27.00D (0.25D/0.50D/1.00D/3.00D step) Cylinder -8.00D to +8.00D (0.25D/0.50D step) Axis of astigmatism 0 to 180 (1/5/15 step) Subfactor 10: The equipment offered shall feature automatic data input from pre-test instruments. (NOTE: Failure to receive an acceptable rating of any of the salient characteristics will result in an unacceptable rating unless the error(s), deficiency (ies) or omission (s) can be corrected.) (xv) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quotes of Equal products including Equal products of the brand name manufacturer must meet the salient characteristics described above for each CLIN. Evaluation Standards: Award will be made on a lowest priced, technically acceptable quote that is rated acceptable for all of the stated salient characteristics using the following standards for a final rating: Acceptable: A quote that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. Unacceptable: A quote that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F10T0022/listing.html)
- Place of Performance
- Address: U.S.A. Health Clinic Vicenza ATTN:Medical Supply Office Vicenza, Italy APO AE
- Zip Code: 09630
- Zip Code: 09630
- Record
- SN02017760-W 20091206/091205000920-11626d852cd0088fab448063666babe2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |